Preventive Maintenance - Steelco medium sized steam sterilizer autoclave and Sussman SSB-72 72kW electric Instruments
ID: N3239825Q6549Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL MEDICAL RESEARCH CENTERSILVER SPRING, MD, 20910-7500, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Medical Research Center, is soliciting proposals for preventive maintenance services for a Steelco medium-sized steam sterilizer autoclave and a Sussman SSB-72 72kW electric instrument. The contractor will be responsible for providing qualified labor, materials, and equipment for regular maintenance, repairs, and emergency services over a potential five-year period, ensuring compliance with safety standards and operational readiness in a critical medical research environment. This opportunity is particularly aimed at Women-Owned Small Businesses (WOSB) and has a maximum award amount of $12.5 million, with proposals due by the specified deadline. Interested parties can contact Shamai Carter at shamai.m.carter.civ@health.mil or Deborah M. Sharpe at deborah.m.sharpe2.civ@health.mil for further information.

    Files
    Title
    Posted
    The Statement of Work outlines the maintenance and service contract for the Sussman Electric Steam Boiler and Steelco Steam Sterilizer Autoclave at the Naval Medical Research Command in Ft. Detrick, MD. The contractor is responsible for providing qualified labor, materials, and equipment for regular preventative maintenance, repairs, and emergency services over a potential five-year period. Detailed schedules for quarterly and annual tasks are specified, including inspections, operational checks, and compliance with safety standards. The contractor must ensure adherence to all regulations and coordinate closely with the Facilities Manager to avoid operational disruptions. Additionally, the document emphasizes the importance of a comprehensive Quality Control Plan, timely response times for emergency and routine service calls, and the need for appropriate certifications for personnel. The overarching goal is to maintain equipment functionality efficiently and safely while meeting all governmental and manufacturer standards during the contract's lifecycle. This summary highlights the structured approach to ensuring top-tier operational readiness within a critical medical research environment.
    The government document outlines a solicitation for the Women-Owned Small Business (WOSB) program, specifically for the maintenance, service, and inspection of medical sterilization equipment at the Naval Medical Research Center. The solicitation includes various key components, such as the contract number, requisition number, and due dates for offers. It indicates an unrestricted acquisition under the NAICS code, aiming for a maximum award amount of $12.5 million. An overview of required services details maintenance for a Steelco steam sterilizer and Sussman electric model. Moreover, the document stipulates various clauses that outline contractor obligations, payment methods via the Wide Area Workflow system, and guidelines for invoicing. Specific delivery schedules and points of contact for the project are provided. The purpose of this solicitation seeks qualified women-owned businesses to fulfill these service requirements while adhering to federal procurement regulations. The document serves as a formal request for proposals to enhance government capabilities through a diverse contracting base, reflecting ongoing governmental efforts to promote small business participation.
    Similar Opportunities
    J065--Steris PM Chamber Cleaning Services
    Buyer not available
    The Department of Veterans Affairs is seeking to procure Steris PM Chamber Cleaning Services through a sole source contract, aimed at maintaining the operational integrity of sterilization equipment used in healthcare facilities for veterans. The contract will cover the cleaning of seven Amsco 400 Series sterilizers six times a year, ensuring compliance with OEM standards and federal regulations, with a base period of 12 months starting from May 1, 2025, and options for four additional years. This procurement is critical for ensuring the cleanliness and safety of medical equipment, thereby supporting the quality of care provided to veterans. Interested contractors must submit capability statements by February 26, 2025, and can direct inquiries to Contract Specialist Lesley Kitchen at lesley.kitchen@va.gov or by phone at 972-708-0818.
    J065--RME Preventative Maint Program (VA-25-00026551)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a preventative maintenance program for surgical instruments under the contract title "J065--RME Preventative Maint Program (VA-25-00026551)." The procurement aims to secure reliable on-site maintenance, inspection, repair, and refurbishment services for reusable medical equipment across various VA healthcare facilities in Nebraska and Iowa, ensuring compliance with healthcare standards and optimal performance for veteran patients. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), has a total award amount of $34 million and covers a base period from March 1, 2025, to February 28, 2026, with four optional renewal years. Interested bidders must submit their quotes by March 4, 2025, to Contract Specialist James Miller at james.miller4@va.gov.
    Getinge Equipment Maintenance
    Buyer not available
    The Department of Defense, through the Medical Readiness Contracting Office-East, is soliciting proposals for the maintenance and repair of Getinge equipment at Womack Army Medical Center, Fort Liberty, NC. The contractor will be responsible for providing all necessary personnel, equipment, supplies, and services to perform scheduled maintenance and repairs, adhering to the standards outlined in the Performance Work Statement. This procurement is crucial for ensuring the operational readiness of medical equipment, which is vital for healthcare delivery in military settings. Interested small businesses, including HUBZone and service-disabled veteran-owned firms, should note that the total award amount is capped at $230,559.76 for a Blanket Purchase Agreement lasting up to 36 months, with proposals due by February 21, 2025, and inquiries accepted until February 13, 2025. For further information, contact MSG Angelica Brown at angelica.d.brown.mil@health.mil or Mr. Michael J. McCollum at michael.j.mccollum12.civ@health.mil.
    Portable Surgical Sterilizer RFI
    Buyer not available
    The Department of Defense, specifically the Air Force Medical Command (AFMEDCOM), is seeking information from vendors regarding the procurement of a portable surgical sterilizer designed for military applications. The primary objective of this Request for Information (RFI) is to identify products that can facilitate rapid sterilization of surgical tools in field environments, particularly for use with critically injured personnel. This initiative highlights the need for effective transportable sterilization solutions that can operate under expeditionary conditions, addressing current gaps in combat medical support capabilities. Interested parties are encouraged to respond by completing the provided response forms and submitting them via email by February 27, 2025. For further inquiries, vendors can contact Wayne Pernell at 301-619-8600 or via email at usaf.detrick.AFMRA.mbx.sg5t-market@health.mil.
    J065-- Cogan Diagnostics WASP Maintenance and Repair Services VA St. Louis Healthcare System
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for maintenance and repair services for the Copan Diagnostics WASP system at the St. Louis VA Medical Center. The procurement involves a firm-fixed-price service agreement valued at $34 million, covering a five-year period from May 1, 2025, to April 30, 2030, with options for annual renewals. This contract is critical for ensuring the reliability of medical equipment, which is essential for patient care, and all maintenance must comply with manufacturer specifications and VA standards. Interested contractors must submit bids by March 5, 2025, and direct inquiries to Contract Specialist Maria Riza R Owen at maria.owen2@va.gov by February 24, 2025.
    J065--PMR Sterile Processing Service (SPS) Case Carts
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the procurement of 60 units of sterile processing service (SPS) case carts, aimed at enhancing preventative and corrective maintenance within its facilities. The Request for Proposal (RFP) emphasizes the importance of compliance with federal regulations, particularly for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and mandates adherence to information security protocols and financial transparency. These case carts are critical for maintaining operational standards in healthcare settings, ensuring the effective processing of medical equipment. Interested vendors should contact Contract Specialist Felicia Simpson at Felicia.Simpson@va.gov or (480) 466-7919, with proposals due by the specified deadlines, as the contract period spans from May 1, 2025, to September 30, 2029, with options for extension.
    GentleMax Pro Laser System Service Maintenace
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the maintenance and repair of the Candela GentleMax Pro Laser System at the Naval Medical Center in Camp Lejeune, North Carolina. The contract, identified as HT940625Q0004, is a firm fixed-price agreement that will cover a performance period from April 1, 2025, to March 31, 2030, including a base year and four option years. This service is critical for ensuring the operational efficiency and compliance of medical equipment used in patient care, adhering to FDA regulations and maintaining high standards of quality control. Interested contractors must submit their proposals electronically by February 26, 2025, with a focus on technical competency and compliance with federal regulations; inquiries can be directed to Tanya Richardson at tanya.c.richardson.civ@health.mil or Gerrie Johnson at gerrie.m.johnson.civ@health.mil.
    J065--B. Braun Dialog Hemodialysis Preventative, and Corrective Maintenance Services at the Greater Los Angeles VA Healthcare System
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for preventative and corrective maintenance services for B. Braun Dialog Plus Hemodialysis equipment at the Greater Los Angeles VA Healthcare System. This Request for Proposal (RFP) is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a one-year base period with four additional option years, focusing on comprehensive maintenance services such as inspections, repairs, and parts replacement. The initiative is crucial for ensuring the operational efficiency and quality care of medical equipment used in the healthcare facilities serving Veterans. Interested parties should contact Loan Dho at loan.dho@va.gov, with a total award amount of $34 million available for this contract.
    Small Equipment Maintenance
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified small businesses to provide maintenance services for small equipment at DLA Distribution in Bremerton, Washington. The procurement encompasses both scheduled Annual Preventive Maintenance (PM) and unscheduled Remedial Maintenance (RM) for various wood and metalworking machinery, ensuring compliance with manufacturer specifications and operational efficiency. This contract is critical for maintaining the reliability of essential equipment used in logistical functions, with a performance period of three years starting from March 2025, and a total budget of $15,000 allocated over the contract duration. Interested contractors must submit their quotes electronically by March 10, 2025, and can direct inquiries to Tom Semones at thomas.semones@dla.mil or by phone at 717-770-6482.
    J065--646-25-3-068-0043 | PM&R Imaging Equip Ethicon NeuWave | NCO 4 Services 3 (VA-25-00046600)
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a sole-source contract for the full-service maintenance of the Ethicon NeuWave Microwave Ablation System, which is critical for surgical procedures at the VA Pittsburgh Medical Center. The contract will ensure continuous reliability of the system and will run from April 1, 2025, through March 31, 2030, consisting of a one-year base period with four optional years. This specialized equipment maintenance is vital for maintaining high standards of patient care, requiring the contractor to provide preventative and corrective maintenance, guarantee 98% equipment uptime, and utilize manufacturer-approved parts. Interested vendors are encouraged to submit their capability statements to Contract Specialist Haley Snyder at haley.snyder@va.gov or by phone at 412-860-7204.